State of Washington s21

Total Page:16

File Type:pdf, Size:1020Kb

State of Washington s21

State of Washington Pricing and Ordering Information Effective date: August 22, 2012

Contract number: 08209 (replaces 03803) Commodity code: 02582

Contract title: TRAFFIC SIGNAL STANDARDS Original award date: January 21, 2010 Contract term: Not to exceed six (6 years) or 1/20/2016 Contract type: This contract is designated as mandatory use. SCOPE OF CONTRACT This contract is awarded to one contractor. Primary user agency: WA Department of Transportation (WSDOT) For use by: General use: All State Agencies, Political Subdivisions of Washington and Oregon State, Qualified Non-profit Corporations, Materials Management Center, Participating Institutions of Higher Education (College and Universities, Community and Technical Colleges). Contractor: Altus Industries Address: 435 Martin Street #3060 Blaine, WA 98230 Contact: Dean Berkeley Alternate Contact: TBD Phone: 360.255.7699 Phone: Fax Number: Fax Number: Email: [email protected] Email: Supplier No.: W11635 Fed. I.D. No.: 20-0684020 Website address: This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office, or you may contact our office at the numbers listed below.

Contracts Specialist: Melanie Williams Alternate Contact: Christine Schoepfer Phone Number: (360) 407.9399 Phone Number: (360) 407.9404 Fax Number: (360) 586-2426 Fax Number: (360) 586-2426 Email: [email protected] Email: [email protected]

Visit our Internet site: http://www.des.wa.gov/services/purchasing-contracts

1 Current Contract Information Contract No. 08209 Page 2

Products available: Traffic Signal Standards to include: Type PPB, Type PS, Type FB, Type RM, Types I, II, III,IV and V. Ordering information: See page 3 Note III Ordering procedures: See page 3 Note II Payment address: Patriot Sales Inc. 500 Metcalf Street Building L-3 Sedro Woolley WA, 98284 Order placement address: Patriot Sales Inc. 500 Metcalf Street Building L-3 Sedro Woolley WA, 98284 Order placement contact:: Dean Berkeley Email: [email protected] Order phone number: 360.855.0737 Fax: 360.855.1692 Minimum orders: None Restocking fees: 10% Delivery time: For Signal Standards, 60 calendar days after receipt of order (ARO) Purchasing Cards: Visa, MasterCard Non P-Card Purchase: 1% Discount Payment terms: Net 30 days Shipping destination: Free On Board (FOB) Destination Freight: Prepaid and included in unit pricing Contract pricing: See pages 5 & 6 Warranty: One year Term worth: $300,000/2 years $0.00 MBE $0.00 WBE $300,000 OTHER $0.00 EXEMPT Current participation: MBE 0% WBE 0% OTHER 100% EXEMPT 0% Current Contract Information Contract No. 08209 Page 3

NOTES: I. Best Buy: The following provision applies to mandatory use contracts only. This contract is subject to RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non- contract suppliers. Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer (SPO) that the pricing is less costly for such goods or services than the price from the state contractor.

If the non-contract supplier's pricing is less, the state contractor shall be given the opportunity by the state agency to at least meet the non-contractor's price. If the state contractor cannot meet the price, then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate form developed by OSP and forwarded to the SPO administering the state contract. (Reference General Authorities document)

If a lower price can be identified on a repeated basis, the state reserves the right to renegotiate the pricing structure of this agreement. In the event such negotiations fail, the state reserves the right to delete such item(s) from the contract.

II. State Agencies: Submit Order directly to Contractor for processing. Political Subdivisions: Submit orders directly to Contractor referencing State of Washington contract number. If you are unsure of your status in the State Purchasing Cooperative call (360) 902-7415.

Contractor may require you to submit an Information Fact Sheet prior to processing your order. Use the attached form and submit to Contractor.

The inspection process as stated in the contract, applies to all users of this contract. Agencies should send a letter with their orders requesting inspection. They should also include charge numbers for the inspectors.

III. Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) and State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP) listings published and updated periodically by OSP and DAS may purchase from this contract. It is the contractor’s responsibility to verify membership of these organizations prior to processing orders received under this contract. A list of Washington members is available on the Internet https://fortress.wa.gov/ga/apps/coop/Default.aspx, and a list of the Oregon members is available http://www.oregon.gov/DAS/SSD/SPO/docs/orcpp- member-list.pdf contractors shall not process state contract orders from unauthorized users.

Contractor may require you to submit an Information Fact Sheet prior to processing your order. Use the attached form and submit to Contractor.

The inspection process as stated in the contract, applies to all users of this contract. Agencies should send a letter with their orders requesting inspection. They should also include charge numbers for the inspectors. Current Contract Information Contract No. 08209 Page 4

IV. Contract Terms: This Document includes by reference all terms and conditions published in the original IFB, and Amendment(s), including Standard Terms and Conditions, and Definitions, included in the Competitive Procurement Standards published by OSP (as Amended). Current Contract Information Contract No. 08209 Page 5

INFORMATION FACT SHEET FOR ______

Name: ______Billing: ______Address: ______City: ______State: ______Phone: ______FAX: ______

General Information: Purchasing Manager: ...... ______Type of Business:...... ______Years in Operation:...... ______Years in Present Location:...... ______Name & Title of Officers:...... ______Tax ID #:...... ______

Trade References: Name...... City/State Phone # ______...... ______...... ______...... ______...... ______...... ______...... ______...... ______...... ______...... ______...... ______Contact the Credit Department

Bank References:

Name ______Contact: ______Address: ______Phone: ______Fax #: ______

I hereby certify that the information as listed above is true and correct and is furnished for the purpose of doing business with Valmont Industries. The purchaser agrees to pay accounts in accordance with their terms and conditions.

Date: Authorized Signature: Current Contract Information Contract No. 08209 Page 6

PRICE SHEET A

Item Description Unit Current Unit Price 1. Type PPB, Pedestrian Push Button Post per the attached specifications. EA $132.50 WSDOT Standard Plan J-20.10.00 1A. Anchor Bolt Set for Type PPB Signal Standard SET $16.00 2. Type PS, Pedestrian Head Standard per the attached specifications. EA $212.00 American Pole-WS-PP-03-Rev.1C 2A. Anchor Bolt Set for Type PS Signal Standard SET $60.40 3. Type FB, Flashing Beacon Standard per the attached specifications. EA $408.00 WSDOT Standard Plan J-21.16.00 3A Anchor Bolt Set for Type FB Signal Standard SET $60.40 4. Type RM, Ramp Meter Standard per the attached specifications. $291.50 WSDOT Standard Plan J-722.15.00 EA

4A Anchor Bolt Set for Type RM Signal Standard SET $60.40 5. Type I, Vehicle Head Standard per the attached specifications. EA $291.50 American Pole WS-PP-03-Rev. 1C 5A Anchor Bolt Set for Type I Signal Standard SET $60.40 6. Slip Base Assembly Kit with keeper plate and clamping bold hardware for type FB and RM signal standards per the attached specifications. EA $388.00

WSDOT Standard Plan J-28.42.00 Pricing and Ordering Information Contract No. 08209 Page 7 PRICE SHEET B

Item Description Each Current Unit Price 1. Type II, Mast Arm Standard per the attached specifications. American Pole WS-T2-L Rev. 6 & WS-T2-H-Rev.6 25’ or less Mast Arm Each $3518.00 26’ to 30’ Mast Arm Each $4026.00 31’ to 35’ Mast Arm Each $4273.00 36’ to 40’ Mast Arm Each $4538.00 41’ to 45’ Mast Arm Each $4822.00 46’ to 50’ Mast Arm Each $6111.00 51’ to 55; Mast Arm Each $7076.00 56’ to 60’ Mast Arm Each $7521.00 61’ to 65’ Mast Arm Each $7997.00 1A 1 ½” Diameter Anchor Bolt Set Set for Type II Signal Standard for $1201.09 25’ to 45’ Mast Arm 1B 2” Diameter Anchor Bolt Set Set for Type II Signal Standard $1997.00 for 46’ to 65’ Mast Arm 2 Type III, Mast Arm Standard per the attached specifications. American Pole WS-T3J-L, Rev.9 & WS-T3J-H, Rev.8 25’ or less Mast Arm Each $4231.00 26’ to 30’ Mast Arm Each $4738.00 31’ to 35’ Mast Arm Each $4986.00 36’ to 40’ Mast Arm Each $5250.00 41’ to 45’ Mast Arm Each $5535.00 46’ to 50’ Mast Arm Each $7468.00 51’ to 55; Mast Arm Each $7889.00 56’ to 60’ Mast Arm Each $8335.00 61’ to 65’ Mast Arm Each $8810.00 2A 1 ½” Diameter Anchor Bolt Set Set for Type III Signal Standard $1201.09 for 25’ to 45’ Mast Arm 2B 2” Diameter Anchor Bolt Set Set for Type III Signal Standard $1997.00 for 46’ to 65’ Mast Arm

PRICE SHEET C Item Description Each Current Unit Price Pricing and Ordering Information Contract No. 08209 Page 8 1. Type IV, Strain Pole Standard per the attached specifications. American Pole 9000-12-037, Rev.A 1900 LB Pole Class Each $1405.00 2700 LB Pole Class Each $1946.00 3700 LB Pole Class Each $2220.00 4800 LB Pole Class Each $2866.00 5600 LB Pole Class Each $3029.00 6300 LB Pole Class Each $3253.00 7200 LB Pole Class Each $3523.00 2 Type V, Strain Pole and Lighting Standard per the attached specifications. American Pole 9020-12-007, Rev.B 1900 LB Pole Class Each $2068.00 2700 LB Pole Class Each $2610.00 3700 LB Pole Class Each $2884.00 4800 LB Pole Class Each $3530.00 5600 LB Pole Class Each $3692.00 6300 LB Pole Class Each $3917.00 7200 LB Pole Class Each $4188.00 3 Anchor Bolt Set for 1900 Lb Set Pole Class per the attached specifications $466.66 Cascade Bolt 9020-12-007, Rev.B 4 Anchor Bolt Set for 2700 Lb Set Pole Class per the attached specifications $466.66 Cascade Bolt 9020-12-007, Rev.B 5 Anchor Bolt Set for 3700 Lb Set Pole Class per the attached specifications $538.93 Cascade Bolt 9020-12-007, Rev.B 6 Anchor Bolt Set for 4800 Lb Set and 5600 Lb Pole Class per the attached specifications $538.93 Cascade Bolt 9020-12-007, Rev.B Pricing and Ordering Information Contract No. 08209 Page 9 7 Anchor Bolt Set for 6300 Lb Set and 7200 Lb Pole Class per the attached specifications $565.88 Cascade Bolt 9020-12-007, Rev.B Pricing and Ordering Information Contract No. 08209 Page 10

DELIVERY LOCATION Signal standards shall be delivered to the location points as indicated on the Field Order (and which may be throughout the State). Regular business hours are defined as 8:00 AM to 3:30 PM Monday through Friday, excluding Washington State Holidays. The contractor shall notify the purchaser three days prior to making a delivery. Deliveries outside the regular business hours must be pre-arranged with the purchaser. If contractor attempts to make delivery without prior arrangements, the State reserves the right to reject delivery.

DELIVERY TIME Signal standards built in accordance with Appendix F Specifications will be delivered within 60 calendar days after acknowledgement of receipt of field order. Signal standard anchor bolts, if required, will be delivered within 15 calendar days after approval of shop drawings. Failure to comply with the order and delivery procedure may subject the Contractor to liquidated damages. Order and Delivery Procedure 1. WSDOT will fax field orders with the signal standard detail chart to the Contractor. 2. Contractor will acknowledge receiving field order and signal standard detail chart by faxing a confirmation acknowledgement within four (4) business hours after receipt of field order. Business hours are defined as Monday through Friday, 8 AM to 3:30 PM (Pacific Daylight/Standard Time). For those field orders that are faxed to Contractor after 2:00 PM, the Contractor will process the field order first thing on the next working business day. The Delivery Date is established as 60 calendar days from the date stamped on the confirmation acknowledgement of receipt of field order. 3. The contractor will fax a notice to the purchaser within two business days after acknowledgement of receiving field order stating either they confirm that the signal standard detail sheet is correct or that there are discrepancies in the signal standard detail sheet that need correction or clarification. If the signal standard detail sheet is correct, the contractor will continue to fabricate the signal standard within the 60-day delivery requirement. If the signal standard detail sheet needs correction or clarification the contractor’s delivery time will stop until the issues are resolved. When the issues are mutually resolved, the purchaser will fax a corrected signal standard detail sheet to the contractor. The contractor will send a fax to the purchaser within four (4) business hours acknowledging receipt of the corrected signal standard detail sheet. The contractor’s delivery time will begin again on the next business day and the Delivery Date will be extended by the number of calendar days that elapsed resolving any issues. 4. Contractor will submit an electronic copy of the shop drawings, in the latest Adobe Acrobat PDF format, to the WSDOT responsible party listed on the field order for review and approval.

5. WSDOT responsible party will process the shop drawings in accordance with the WSDOT Construction Manual Section 8-20.2B. WSDOT responsible party will be allowed seven (7) calendar days to review the Contractor’s shop drawings for signal standards built in accordance with the pre-approved drawings. If the WSDOT responsible party requires a longer time period to review the shop drawings, the additional time in Calendar days will extend the Delivery Date by an equal number of calendar days. The responsible party shall also forward an electronic copy of the final approved shop drawing to the WSDOT Region Signal Maintenance Office.

6. Upon receipt of the stamped approved shop drawings, the Contractor will fabricate and ship the signal standard(s) and anchor bolts, if required, to the specified delivery point by the established or extended Delivery Date. Pricing and Ordering Information Contract No. 08209 Page 11

QUALITY ASSURANCE AND INSPECTION

Quality assurance inspection for signal standards and anchor bolts purchased by WSDOT will be provided by the WSDOT Materials Fabrication Inspection Office. WSDOT purchasers shall contact the inspection office for information regarding inspection services. As the WSDOT Materials Laboratory operates on a cost recovery system, purchasers must provide a method of payment for inspection services. Other purchaser may also contact the Materials Fabrication Inspection Office for information regarding inspection services.

The following process is used for quality assurance inspection and acceptance of inspected items.

A. The purchaser shall notify the Materials Fabrication Inspection Office that they have placed an order for signal standards and/or anchor bolts and that these items will require inspection at the fabrication plant or upon arrival at the delivery site*. (*The Materials Fabrication Inspection Office will determine the inspection site based on plant location.) 1. The notice shall include contact information, the purchase order number, contract number, estimated delivery date, and a method for the fabrication inspectors to recover their inspection costs. Contact information for the Fabrication Inspection Office can be found at: Mats Lab Fabrication Inspection (http://www.wsdot.wa.gov/biz/mats/Construction/fabinsp.htm) B. The fabricator shall give five business days notice to the WSDOT Materials Fabrication Inspection Office so that fabrication inspection can be scheduled. (Inspection site will be determined by fabrication inspection office.) C. The fabricator shall make arrangements for delivery with the purchaser. D. The Purchaser’s inspection of all materials and equipment upon delivery is for the sole purpose of identification. Such inspection shall not be construed as final acceptance or as acceptance of materials or equipment if materials or equipment do not conform to contractual requirements. If there are any apparent defects in the materials or equipment at the time of delivery, the Purchaser will promptly notify the Contractor thereof. Without limiting any other rights, the Purchaser and/or the State at its option, may require the Contractor to:

1. Repair or replace, at Contractor's expense, any or all of the damaged goods, 2. Refund the price of any or all of the damaged goods, or 3. Accept the return of any or all of the damaged goods without penalties.

E. If inspection occurred at the fabrication site, signal standards and/or anchor bolts will be stamped or tagged “APPROVED FOR SHIPMENT”. If there are no stamps or tags, the Purchaser shall notify the WSDOT Materials Fabrication Inspection Office that the light standards or components have arrived at the delivery site and are ready for inspection. F. The Materials Fabrication Inspection Office will inspect the signal standards and/or anchor bolts at the delivery site and if approved, they will be stamped or tagged “APPROVED FOR SHIPMENT”. Material certification and nondestructive test reports shall be provided by the manufacturer and shall be available at the time of inspection. Inspection at the delivery site is included in the 60 calendar day delivery time period.

If signal standards or anchor bolts are not in compliance with the order, fail the fabrication inspection, or are damaged due to shipping, they shall be repaired to the satisfaction of the State or shall be replaced by the contractor at no additional cost to the State. Pricing and Ordering Information Contract No. 08209 Page 12 SERVICE EXPECTATION A. Contractors will review the impact of this award and take the necessary steps to ensure adequate coverage and contract compliance. We expect the State to be designated as a preferred customer as a result of this contract. The contractor will assist purchasers in making cost effective purchases. This assistance should include, in part, suggesting alternate product and new methods, advance notification when the delivery lead time increases for typically used contract items, and economic order quantities. B. Contractor is encouraged to contact participating state agencies, within the first 90 days of contract award and a minimum of annually thereafter, regarding service expectations. Issues which will be discussed are: invoicing/payment, future and past purchase requirements, surplus items, inventory condition, new products, delivery time frames, etc.

LIQUIDATED DAMAGES Liquidated Damages – General The Office of State Procurement and or the Purchasers and the Contractor agree that the liquidated damages provisions in the Contract are a reasonable forecast of the actual damages that would be suffered by the Purchaser in the event of Contractor’s nonperformance, that such liquidated damages are not a penalty but represent the reasonable compensation due to the purchaser in the event of a breach, and that such liquidated damages will be assessed as set forth herein. Any delay by the contractor in meeting the delivery date set forth in this contract will interfere with the proper implementation of Purchaser’s programs and will result in loss and damage to Purchaser. As it would be impracticable to fix the actual damage sustained in the event of any such failure(s) to perform, Purchaser and Contractor agree that in the event of any such failure(s) to perform, the amount of damage that will be sustained will be the amount set forth in the following subsections and the parties agree that Contractor shall pay such amounts as liquidated damages and not as a penalty. Liquidated damages provided under the terms of this Contract are subject to the same limitations as provided in the section titled Limitation of Liability. Liquidated Damages – Specific If Contractor does not adhere to the order and delivery procedure as outlined by Section 5.4, Delivery Time, then Contractor shall provide a revised Delivery Date and pay to Purchaser a fixed and agreed liquidated damages, in lieu of all other damages due to such delay, for each calendar day between the specified Delivery Date and the date that Contractor actually delivers the Equipment. The amount of this liquidated damage shall be an amount of 1% of the purchase order value per calendar day, not to exceed 20%, as a delivery default to cover the purchaser’s anticipated administrative expense caused by late delivery. If the revised Delivery Date is more than thirty (30) calendar days from the original Delivery Date, then by written notice to Contractor, Purchaser may immediately terminate the right of Contractor to deliver the Equipment and Purchaser may obtain substitute Equipment from another vendor. In this event, Contractor shall be liable for fixed and agreed-upon liquidated damages, in lieu of all other damages due to such delay, in the amount specified above, until substitute Equipment is delivered up to a maximum of 20% of the original invoice total. Cost of Remedying Defects: All defects, indirect and consequential costs of correcting, removing or replacing any or all of the defective materials or equipment will be charged against the Contractor. Pricing and Ordering Information Contract No. 08209 Page 13

RETENTION OF RECORDS The Contractor shall maintain all books, records, documents, data and other evidence relating to this Contract and the provision of materials, supplies, services and/or equipment described herein, including, but not limited to, accounting procedures and practices which sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this Contract. Contractor shall retain such records for a period of six (6) years following the date of final payment. At no additional cost, these records, including materials generated under the Contract, shall be subject at all reasonable times to inspection, review, or audit by the Purchasing Activity, personnel duly authorized by the Purchasing Activity, the Washington State Auditor’s Office, and federal and state officials so authorized by law, regulation or agreement. If any litigation, claim or audit is started before the expiration of the six (6) year period, the records shall be retained until final resolution of all litigation, claims, or audit findings involving the records. Pricing and Ordering Information Contract No. 08209 Page 14 SPECIFICATIONS TRAFFIC SIGNAL STANDARDS Description of Work The work shall consist of furnishing traffic signal standards of the following types:

Type PPB Pedestrian Push-button Post Type PS Pedestrian Signal Standard Type I Vehicle Signal Standard Type FB Flashing Beacon Standard Type RM Ramp Meter Standard Type II Signal Mast Arm Standard Type III Signal Mast Arm and Lighting Standard Type IV Strain Pole Standard Type V Strain Pole and Lighting Standard

General Traffic signal standards shall conform to these specifications and the following:  Applicable sections of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 2010  Latest Amendments to the 2010 Standard Specifications for Road, Bridge and Municipal Construction  WSDOT Standard Plans for Road, Bridge and Municipal Construction  Latest Pre-approved plans for traffic signal standards and these specifications All standards shall be furnished complete with end caps, handhole covers and mast arm connection hardware, but without anchor bolts. Anchor bolts shall be ordered and furnished as a separate item for each signal standard type. All standards shall be round or dodecagon (12 sided) except type PPB shall be round.

Buy American

A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Purchaser, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States.

If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country.

Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a Pricing and Ordering Information Contract No. 08209 Page 15 manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The 27 action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, powder coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore.

The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction.

2. Rolling, heat treating, and any other similar processing.

3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication.

Signal Mast Arms Signal mast arm lengths shall be noted on the signal standard detail chart attached to the field order. For bidding purposes, the mast arm field order length to bid item relationship is as follows: Field Order Length 25’ or less 26’ to 30’ 31’ to 35’ 36’ to 40’ 41’ to 45’ 46’ to 50’ 51’ to 55’ 56’ to 60’ 61’ to 65’ Each mast arm shall be furnished complete with mounting hardware. Tenon locations shall be as noted on the Signal Standard Detail Chart.

Shafts Shafts for Type II and Type III standards shall be furnished with the signal mast arm connection at the A1 distance noted on the Signal Standard Detail Chart. Type IV and Type V signal standards shall provide loading for each pole class listed in the price sheet. Luminaire Extensions Shaft extensions for Type III and Type V signal standards shall provide 8’, 12’ or 16’ luminaire mast arms as noted on the Signal Standard Detail Chart. Luminaire mounting heights for Type III signal standards shall be 30’, 35’, 40’ or 50’ as noted on the Signal Standard Detail Chart. Luminaire mounting Pricing and Ordering Information Contract No. 08209 Page 16 heights for Type V signal standards shall be 40’ or 50’ as noted in the order. For bidding purposes, mounting height for Type III and Type V signal standards is 50’ and luminaries mast arm length is 16’. Anchor bolts Anchor bolts shall be furnished in sets of three (slip base) or four (fixed base) as required by the Standard Plans and WSDOT Standard Specification Section 9-29.6(5) Foundation Hardware or pre- approved plans for traffic signal standards and shall be complete with nuts and washers, strap templates and any required plates. All anchor bolt sets for Type PPB, PS, I, FB, and RM signal standards shall meet the following requirements. The first paragraph of WSDOT Standard Specification Section 9-29.6(5) Foundation Hardware is revised to read:

Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO M 291, grade A. Washers shall meet the requirements of ASTM F 844 or ASTM F 436. Slip Base Assembly Kit Slip base assembly kits shall include anchor plate, slip plate, keeper plate, plate washers, and clamping bolts complete with nuts and washers. Slip base hardware shall conform to the requirements of Standard plan J- 21.10 and Section 9-29.6(2) of the WSDOT Standard Specification or the pre-approved drawings listed below for Type FB and RM signal standards.

Fabrication Requirements Traffic signal standards shall be furnished in accordance with the methods and materials noted in the applicable Standard Plans, pre-approved plans and WSDOT Standard Specifications. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6- 03.3(25)A of the Standard Specifications. Hardened washers shall be used with all signal arm connecting bolts instead of lock washers. All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof load. Traffic signal standard types and applicable characteristics are as follows: Type PPB Pedestrian push button posts shall conform to Standard Plan J-20.10 or be from a manufacturer with one of the following pre-approved plans: Fabricator Drawing Number Northwest Signal Supply Inc. NWS 3540B Rev. 1 Valmont Industries Inc. DB00655 Rev. F Ameron Pole Products Div. M3723, Rev. G Union Metal Corp. TA-10035 Rev.3 West Coast Engineering Group WSDOT-PP-01 Rev. 1 KW Industries 10-200-PED-1, Rev 5

Type PS Pedestrian signal standards shall conform to Standard Plan J-20.16 or be from a manufacturer with one of the following pre-approved plans: Pricing and Ordering Information Contract No. 08209 Page 17 Fabricator Drawing Number Northwest Signal Supply Inc. NWS 3540B Rev. 1 Valmont Industries Inc. DB00655 Rev. F Ameron Pole Products M3723, Rev. G or W3539 Rev. B Union Metal Corp. TA-10025 Rev.14 West Coast Engineering Group WSDOT-PP-02 Rev.1 American Poles Structures, Inc, WS-PP-03, Rev. 1C KW Industries 10-200-PED-1, Rev 5

Type I Type I vehicle signal standards shall conform to Standard Plan J-21.15 or be from a manufacturer with one of the following pre-approved plans: Fabricator Drawing Number Northwest Signal Supply Inc. NWS 3540B Rev. 1 Valmont Industries Inc. DB00655 Rev. F Ameron Pole Products Div. M3723, Rev. G or W3539 Rev. B Union Metal Corp. TA-10025 Rev.14 West Coast Engineering Group WSDOT-PP-02 Rev.1 American Poles Structures, Inc, WS-PP-03, Rev. 1C KW Industries 10-200-PED-1, Rev 5 Type FB Type FB flashing beacon standards shall conform to Standard Plan J-21.16 or be from a manufacturer with one of the following pre-approved plans: Fabricator Drawing Number Union Metal Corp. 50200-B58 Rev.4 Valmont Industries Inc. DB00655 Rev. F Ameron Pole Products Div. W3539, Rev. B Northwest Signal Supply Inc. NWS 3540B Rev. 1 KW Industries 10-200-PED-1, Rev 5

Type RM Type RM ramp meter standards shall conform to Standard Plan J-22.15 or be from a manufacturer with one of the following pre-approved plans: Fabricator Drawing Number Union Metal Corp. 50200-B58 Rev.4 Valmont Industries Inc. DB00655 Rev. F Ameron Pole Products Div. W3539, Rev B

Northwest Signal Supply Inc. NWS 3540B Rev. 1 KW Industries 10-200-PED-1, Rev 5

Type II Characteristics: Luminaire mounting height NA Luminaire arms NA Luminaire arm length NA Signal arms One Only Type II standards shall be from a manufacturer with one of the following pre- approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. Pricing and Ordering Information Contract No. 08209 Page 18 Signal Arm Length Fabricator – (x) (y) (z) Drawing Number (max) 65 ft. Valmont Industries Inc.-(2894) DB00625, Rev. M, sheets 1, 2 & 3 65 ft. Union Metal Corp.- (2900) 71026-B86 Rev.7, sheets 1, 2 & 3 65 ft. Ameron Pole Products-(2900) W3724 -1, Rev. I & W3724 -2, Rev. F 65 ft. Northwest Signal Supply Inc.-(2802) NWS 3500B Rev. 3 45 ft. American Pole Structures Inc.-(1875) WS-T2-L, Rev. 6 65 ft. American Pole Structures Inc.-(2913) WS-T2-H, Rev. 6 65 ft. West Coast Engineering Group (2918) WSDOT-TS-01 Rev. 3, sheets 1, 2 & 3 65 ft. Maico Industries, Inc.-(2947) WSDOTMA, Rev.3 65 ft. KW Industries 10-200-TSP-4, Rev 4

Type III Characteristics: Luminaire mounting height 30 ft., 35 ft., 40 ft., or 50 ft. Luminaire arms One Only Luminaire arm type Type 1 Luminaire arm length (max) 16 ft. Signal arms One Only

Type III standards shall be from a manufacturer with one of the following pre- approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator.

Signal Arm Fabricator – (x) (y) (z) Drawing Number Length (max) 65 ft. Valmont Industries Inc.-(2947) DB00625, Rev. M, Sheets 1, 2 & 3 and “J” luminaire arm 65 ft. Union Metal Corp.- (2900) 71026-B87 Rev.8, sheets 1, 2 & 3 65 ft. Ameron Pole Products Div.-(2900) W3724 -1, Rev. I & W3724 -2, Rev. F and “J” luminaire arm Pricing and Ordering Information Contract No. 08209 Page 19 65 ft. Northwest Signal Supply Inc.-(2802) NWS 3500B, Rev. 3 45 ft. American Pole Structures Inc.-(1875) WS-T3J-L, Sheet 1 of 2 Rev. 9, & Sheet 2 of 2 Rev. 4 65 ft. American Pole Structures Inc.-(2913) WS-T3J-H, Sheet 1 of 2 Rev. 8, & Sheet 2 of 2 Rev. 4 65 ft. West Coast Engineering Group (2918) WSDOT-TS-01 Rev. 3, Sheets 1, 2 & 3 65 ft. Maico Industries, Inc.-(2947) WSDOTMA, Rev.3 Sheets 1, 2 & 3 And “J” luminaire arm 65 ft. KW Industries 10-200-TSP-2, Rev 4

Type IV Type IV strain pole standards shall conform to Standard Plan J-7c or be from a manufacturer with one of the following pre-approved plans: Fabricator Drawing Number Northwest Signal Supply Inc. NWS 3520B Rev. 1

Ameron Pole Products Div. M3650 Rev. D

Union Metal Corp. EA-10224 Rev. 8

American Pole Structures, Inc. 9000-12-037 Rev. A Maico Industries WA-SP4, Rev 2, Sheets 1 & 2 KW Industries 10-200-SP-1, Rev 4

Type V Combination Strain Pole and Lighting standards shall conform to Standard Plan J-7c or be from a manufacturer with one of the following pre-approved plans: Fabricator Drawing Number Northwest Signal Supply Inc. NWS 3520B Rev. 1

Ameron Pole Products Div. M3650 Rev. D

Union Metal Corp. EA-10225 Rev. 8, sheets. 1 & 2 American Pole Structures, Inc. 9020-12-007 Rev. B Maico Industries WA-SP5, Rev 2, Sheets 1, 2 & 3 and “J” luminaire arm KW Industries 10-200-SP-2, Rev 5 Pricing and Ordering Information Contract No. 08209 Page 20 The luminaire arm shall be Type 1, 16 foot maximum and the luminaire mounting height shall be 40 feet or 50 feet as noted in the order. Component Identification Shafts for Type PPB, PS, FB, RM and Type 1 standards will require identification tags. A corrosion resistant metal tag shall be secured with two 0.125 inch rivets located 6 inches above the handhole or in the absence of a handhole, locate tag 18 inches above the base of the standard. The tag shall be stamped or embossed with the manufacturers name, pre-approved drawing number and manufacturer’s production part number. Shafts for Type II, Type III Type IV and Type V standards and their component signal mast arms and luminaire mast arms will require identification tags. The tags shall conform to the detail shown on the pre-approved drawings with the addition of the manufacturer’s production part number. Anchors bolts, complete with nuts, washers and plates shall be bundled and tagged with the signal standard identification numbers. All other components for each signal standard, including arm connection hardware, hand hole covers and caps shall be delivered in a cloth bag that has been marked with the signal standard identification numbers. Signal arm connecting bolts shall include the following instruction: “Hardened washers shall be used with all signal arm connecting bolts instead of lock washers. All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof load.” Documentation Approved shop drawings and certification reports, including mill certifications for signal standards, strain pole standards, high strength bolts and anchor bolts and non-destructive testing reports shall be submitted for each signal and strain pole standard and anchor bolt set. All certifications and reports shall be marked with the purchase order number, contract number and signal standard identification numbers. The purchaser and fabrication inspector shall receive copies of the shop drawings through the shop drawing approval process. The certification reports, including mill certifications and non- destructive testing reports and anchor bolt reports shall be sent to the fabrication inspector. A digital copy of all final documentation shall be provided to the purchaser in the latest Adobe Acrobat (PDF) format.

End of Specifications

Annual Specialized Usage Report (per line item) for Traffic Signals Standards, Pricing and Ordering Information 08209

Contractor: ______*This report is due thirty (30) days after the end of the calendar year, i.e. January 31. This report may be obtained electronically by contacting the State Procurement Officer listed on the contract. You may submit this form via fax at (360) 586-2426, email [email protected] or mail to the Office of State Procurement, PO Box 41017, Olympia, WA 98504-1017. Pricing and Ordering Information Contract No. 08209 Page 21

# Traffic Part Description Price Sheet A Amount Sold WSDOT Other Purchases Purchases 1. Type PPB, Pedestrian Push Button Post Standard $ $ 1A. Anchor Bolt Set for Type PPB Signal Standard $ $ 2. Type PS, Pedestrian Signal Display Standard $ $ 2A. Anchor Bolt Set for Type PS Signal Standard $ $ 3. Type FB, Flashing Beacon Standard $ $ 3A. Anchor Bolt Set for Type FB Signal Standard $ $ 4. Type RM, Ramp Meter Standard . $ $ 4A. Anchor Bolt Set for Type RM Signal Standard $ $ 5. Type I, Vehicle Signal Display Standard $ $ 5A Anchor Bolt Set for Type I Signal Standard $ $ 6. Slip Base Assembly Kit with Keep plate and $ $ clamping bolt hardware for type FB and RM signal standards Traffic Part Description Price Sheet B Amount Sold WSDOT Other Purchases Purchases 1. Type II, Signal Display Mast Arm Standard  25' or less Mast Arm o $ $  26’ to 30' Mast Arm $ $  31’ to 35' Mast Arm $ $  36’ to 40' Mast Arm $ $  41’ to 45' Mast Arm $ $  46’ to 50' Mast Arm $ $  51’ to 55' Mast Arm $ $  56’ to 60’ Mast Arm $ $  61’ to 65’ Mast Arm $ $ 1A. 1 ½” Diameter Anchor Bolt Set for Type II $ $ 1B 2” Diameter Anchor Bolt Set for Type II $ $ 2. Type III, Signal Display Mast Arm Standard per attached specifications.  25' or less Mast Arm $ $  26’ to 30' Mast Arm $ $  31’ to 35' Mast Arm $ $  36’ to 40' Mast Arm $ $  41’ to 45' Mast Arm $ $  46’ to 50' Mast Arm $ $  51’ to 55' Mast Arm $ $  56’ to 60’ Mast Arm $ $  61’ to 65’ Mast Arm $ $ 2A 1 ½” Diameter Anchor Bolt Set for Type III $ $ 2B 2” Diameter Anchor Bolt Set for Type III $ $ Traffic Part Description Price Sheet C Amount Sold WSDOT Other Purchases Purchases 1. Type IV, Strain Pole Standard  1900 LB Pole Class $ $  2700 LB Pole Class $ $  3700 LB Pole Class $ $ Pricing and Ordering Information Contract No. 08209 Page 22  4800 LB Pole Class $ $  5600 LB Pole Class $ $  6300 LB Pole Class $ $  7200 LB Pole Class $ $ 2. Type V, Strain Pole and Lighting Standard  1900 LB Pole Class $ $  2700 LB Pole Class $ $  3700 LB Pole Class $ $  4800 LB Pole Class $ $  5600 LB Pole Class $ $  6300 LB Pole Class $ $  7200 LB Pole Class $ $ 3. Anchor Bolt Set for 1900 LB Pole Class 4. Anchor Bolt Set for 2700 LB Pole Class 5. Anchor Bolt Set for 3700 LB Pole Class 6. Anchor Bolt Set for 4800 & 5600 LB Pole Class 7. Anchor Bolt Set for 6300 & 7200 LB Pole Class Total $ $ Pricing and Ordering Information Contract No. 08209 Page 23 PERFORMANCE REPORT FOR CONTRACTOR PRODUCT/SERVICE

Complete this form to report problems with suppliers or to report unsatisfactory product or services. You are also encouraged to report superior performance. Agency personnel should contact suppliers in an effort to resolve problems themselves prior to completion and submission of this report.

Contract number and title: 08209, Traffic Signal Standards

Supplier’s name: Patriot Sales/American Pole Supplier’s representative:

PRODUCT/SERVICE

Contract item quality higher than required Damaged goods delivered Contract item quality lower than required. Item delivered does not meet P.O./contract specifications Other: SUPPLIER/CONTRACTOR PERFORMANCE

Late delivery Slow response to problems and problem resolution Incorrect invoice pricing. Superior performance Other: CONTRACT PROVISIONS

Terms and conditions inadequate Additional items or services are required. Specifications need to be revised Minimum order too high. Other:

Briefly describe situation:

Agency Name: Delivery Location: Prepared By: Phone Number: Date: Supervisor:

Address: Email:

Send To:

Melanie Williams Master Contracts and Consulting 1500 Jefferson Street OLYMPIA WA 98501

Recommended publications